**********THE NEW RESPONSE DATE FOR THIS REQUIREMENT IS 4:30PM EST ON FRIDAY SEPT. 20, 2002*****PLEASE BE SURE TO SEE THE Q&A ATTACHMENT POSTED WITH THIS NOTICE**********This is a synopsis for commercial items prepared in accordance with the format in FederalAcquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information
included in this notice. This announcement will supplemented by an electronic solicitation that
will be released to the public and attached to this synopsis on Monday, August 19,2002 which
can be found at www.fedbizopps.gov under FBI RFP717608; proposals are being requested and
an additional written solicitation will not be issued. This synopsis is being issued as Request for
Proposal number 717608, the provisions and clauses incorporated are those in effect through
Federal Acquisition Circular (FAC) 2001-07. This acquisition is restrictive to 8(a) businesses
and is being conducted under the procedures of the Federal Acquisition Regulation (FAR) Parts
12 and 13. The North American Industry Classification System (NAICS) Code for this
requirement is 811213 with a business size standard of 5 million dollars. This will be a Fixed
Price Service Contract for a nationwide maintenance and repair program to keep the FBI
Uninterruptable Power Supply (UPS) system operating at full capacity. The FBI has 64 sites in
the United States including Hawaii, Alaska and Guam that use UPS units which are responsible
for immediate continuation of electrical power prior to emergency generators coming on-line in
the event of a sudden power loss or black-out. The equipment that ordinarily makes up the
communication circuit being protected by these UPS includes: cryptography equipment,
multiplexors, router and bridge devices. There are a number of UPS manufacturers and models
that require support under this requirement and they include: MGE, EXIDE, EPS, DELTEC and
LEBERT. See the solicitation for more details. The Contractor must provide complete equipment
specifications along with their price quote. The following FAR clauses and provisions are
incorporated by reference and apply to this acquisition: FAR provision 52.212-1 Instructions to
Offerors - Commercial Items (Oct 2000), FAR clause 52.212-4 Contract Terms and Conditions-
Commercial Items (Feb. 2002). FAR clause 52.212-5 Contract Terms and Conditions Required
to Implement Statutes or Executive Orders - Commercial Items (May 2002) . Each offeror shall
include a completed copy of the FAR provisions at 52-212-3, Offeror Representation and
Certifications (May 2002) with its offer. This provision can be obtained via the Internet at http:
//www.far.arnet.gov/far. All responsible and eligible 8(a) sources may submit a proposal which,
if timely received shall be considered by the agency. The Government will award to the
responsible offeror whose offer conforming to the attached solicitation will be most
advantageous to the Government, price and other factors considered. Offerors will be evaluated
in accordance with FAR provision 52.212-2 Evaluation-Commercial Items (Jan. 1999) offerors
are encouraged to use the Standard Form (SF) 1449 - Solicitation/Contract/Order for Commercial
Items -- found on the Internet at http://www.gsa.gov/forms. The following factors, in descending
order of importance shall be used to evaluate offers: quality of the maintenance and repair
services plan offered, pricing offered, and offeror past performance. The awarding of this
contract will be subject to the availability of funds. Questions from potential offerors must be
received at (202) 324-0570 by 12PM Friday, August 30, 2002. All proposals must faxed to (202)
324-0570 no later than 12:00 PM. EST. Monday, September 9, 2002. The point of contact for all
information is Garland L. Crosby Jr., (202) 324-9013.
Bid Protests Not Available